HomeMy WebLinkAboutC2025-263 - 12/16/2025 - Approved SUPPLY AGREEMENT NO. 6546
Brass Service Water Fittings
.� g
THIS Brass Service Water Fittings Supply Agreement ("Agreement") is entered into
by and between the City of Corpus Christi, a Texas home-rule municipal corporation
("City") and Act Pipe and Supply Inc. ("Contractor"), effective upon execution by the
City Manager or the City Manager's designee ("City Manager").
WHEREAS, Contractor has bid to provide Brass Service Water Fittings in response
to Request for Bid No. 6546 ("RFB"), which RFB includes the required scope of work and
all specifications and which RFB and the Contractor's bid response are incorporated
by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully
set out here in its entirety.
NOW, THEREFORE, City and Contractor agree as follows:
1. Scope. Contractor shall provide Brass Service Water Fittings in accordance with
the attached Scope of Work, as shown in Attachment A, the content of which is
incorporated by reference into this Agreement as if fully set out here in its entirety.
"Goods," "products", and "supplies", as used in this Agreement, refer to and have
the same meaning.
2. Term.
(A) The term of this Agreement is one year beginning on the date executed by
the City. The parties may mutually renew the term of this Agreement for up to zero
additional zero period(s) (each an "Option Term"), provided, the parties do so in
writing prior to the expiration of the original term or the then-current Option Term.
(B) At the end of the term of this Agreement or the final Option Term, the
Agreement may, at the request of the City prior to expiration of the Term or final
Option Term, continue on a month-to-month basis for up to six months, with
compensation based on the applicable pro rata monthly amount of the total
amount stated in section 3 of this Agreement. The Contractor may opt out of this
continuing term by providing notice to the City at least 30 days prior to the
expiration of the Term or final Option Term. During the month-to-month term,
either party may terminate the Agreement upon 30 days' advance written notice
to the other party.
3. Compensation and Payment. This Agreement is for an amount not to exceed
$314,781 .64, subject to approved amendments and changes. Payment will be
made for goods delivered and accepted by the City within 30 days of
Supply Agreement Standard Form Page 1 of 7
Approved as to Form: October 2025
completion, subject to receipt of an acceptable invoice. All pricing must be in
accordance with the attached Quote/Bid/Pricing Schedule, as shown in
Attachment B, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
Invoices must be mailed to the following address with a copy provided to the
Contract Administrator:
City of Corpus Christi
Attn: Accounts Payable
P.O. Box 9277
Corpus Christi, TX 78469-9277
4. Contract Administrator. The Contract Administrator designated by the City is
responsible for approval of all phases of performance and operations under this
Agreement, including deductions for non-performance and authorizations for
payment. The City's Contract Administrator for this Agreement is as follows:
Amanda Howard - Contract/Funds Administrator
Corpus Christi Water
Phone: 361-826-1894
AmandaC@corpuschristitx.gov
5. Insurance. Before performance can begin under this Agreement, the Contractor
must deliver a certificate of insurance ("COI"), as proof of the required insurance
coverages, to the City's Risk Manager and the Contract Administrator.
Additionally, the COI must state that the City will be given at least 30 days'
advance written notice of cancellation, material change in coverage, or intent
not to renew any of the policies. The City must be named as an additional insured.
The City Attorney must be given copies of all insurance policies within 10 days of
the City Manager's written request. Insurance requirements are as stated in
Attachment C, the content of which is incorporated by reference into this
Agreement as if fully set out here in its entirety.
6. Purchase Release Order. For multiple-release purchases of products to be
provided by the Contractor over a period of time, the City shall exercise its right
to specify time, place, and quantity of products to be delivered in the following
manner: any City department or division may send to Contractor a purchase
release order signed by an authorized employee of the department or division.
The purchase release order must refer to this Agreement, and products will remain
with the Contractor until such time as the products are delivered and accepted
by the City.
7. Inspection and Acceptance. City may inspect all products supplied before
acceptance. Any products that are delivered but not accepted by the City must
Supply Agreement Standard Form Page 2 of 7
Approved as to Form: October 2025
be corrected or replaced immediately at no charge to the City. If immediate
correction or replacement at no charge cannot be made by the Contractor, a
replacement product may be bought by the City on the open market and any
costs incurred, including additional costs over the item's bid price, must be paid
by the Contractor within 30 days of receipt of City's invoice.
8. Warranty.
(A) The Contractor warrants that all products supplied under this Agreement are
new, quality items that are free from defects, fit for their intended purpose, and of
good material and workmanship. The Contractor warrants that it has clear title to
the products and that the products are free of liens or encumbrances.
(B) The specific warranty provisions applicable to this Agreement are stated in
Attachment D, which is attached and incorporated by reference into this
Agreement as if fully set out here in its entirety. Products purchased under this
Agreement shall be warranted by the Contractor or, if indicated in Attachment D
by the manufacturer, for the period stated in Attachment D.
9. Quality/Quantity Adjustments. Any quantities indicated on Attachment B are
estimates only and do not obligate the City to order or accept more than the
City's actual requirements nor do the estimates restrict the City from ordering less
than its actual needs during the term of the Agreement and including any Option
Term. Substitutions and deviations from the City's product requirements or
specifications are prohibited without the prior written approval of the Contract
Administrator
10. Non-Appropriation. The continuation of this Agreement after the close of any
fiscal year of the City, which fiscal year ends on September 30th annually, is subject
to appropriations and budget approval specifically covering this Agreement as
an expenditure in the City's fiscal budget, and it is within the sole discretion of the
City's City Council to determine whether or not to fund this Agreement. The City
does not represent that this budget item will be adopted, as that determination
and decision is within the City Council's sole discretion when adopting each
budget.
11. Independent Contractor. Contractor shall perform the work required by this
Agreement as an independent contractor and shall furnish such products in its
own manner and method, and under no circumstances or conditions will any
agent, servant, or employee of the Contractor be considered an employee of the
City.
12. Subcontractors. In providing the goods, Contractor may not enter into
subcontracts or utilize the services of subcontractors.
Supply Agreement Standard Form Page 3 of 7
Approved as to Form: October 2025
13. Amendments. This Agreement may be modified only in writing executed by an
authorized representative of each party.
14. Waiver. No waiver by either party of any breach of any term or condition of this
Agreement waives any subsequent breach of the same.
15. Taxes. Reserved.
16. Notice. Any notice required under this Agreement must be given by fax, hand
delivery, or certified mail, postage prepaid, and is deemed received on the day
faxed or hand-delivered or on the third day after postmark if sent by certified mail.
Notice must be sent as follows:
IF TO CITY:
City of Corpus Christi
Attn: Amanda Howard - Contract/Funds Administrator
Corpus Christi Water
2726 Holly Road, Corpus Christi, TX 78415
Phone: 361-826-1894
Fax: 361-826-4495
IF TO CONTRACTOR:
Act Pipe & Supply Inc.
Attn: Casey James
1845 Suntide Road, Corpus Christi, TX 78409
Phone: 361-248-4420
Fax: n/a
17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS, AND DEFEND
THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES, AND
AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY,
LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF
WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF
PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND
OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES,
WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION
WITH THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR
RESULTS FROM THE NEGLIGENT ACT, OMISSION, OR FAULT OF THE
CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT
ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO
THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED
Supply Agreement Standard Form Page 4 of 7
Approved as to Form: October 2025
THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND
PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND
EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID
LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE
INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS
SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF
THIS AGREEMENT.
18. Termination.
(A) Termination for Cause. The City may terminate this Agreement for
Contractor's failure to comply with any of the terms of this Agreement. The City
must give the Contractor written notice of the breach and set out a reasonable
opportunity to cure. If the Contractor has not cured within the cure period, the
City may terminate this Agreement immediately thereafter.
(B) Termination for Convenience. Alternatively, the City may terminate this
Agreement for convenience upon 30 days' advance written notice to the
Contractor. In the event of a termination for convenience, the Contractor shall
be compensated for all Services performed prior to the date of termination, and
the City shall have no further obligation to the Contractor
19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a
copy of the owner's manual and/or preventative maintenance guidelines and
instructions, if any, for any equipment purchased by the City pursuant to this
Agreement. Contractor shall provide such documentation upon delivery of the
equipment and prior to receipt of the final payment by the City.
20. Limitation of Liability. The City's maximum liability under this Agreement is limited
to the total amount of compensation shown in section 3 of this Agreement. In no
event shall the City be liable for incidental, consequential, or special damages.
21. Assignment. No assignment of this Agreement by the Contractor, or of any right
or interest contained herein, is effective unless the City Manager first gives written
consent to such assignment. The performance of this Agreement by the
Contractor is of the essence of this Agreement, and the City Manager's right to
withhold consent to such assignment is within the sole discretion of the City
Manager on any ground whatsoever.
22. Severability. Each provision of this Agreement is considered to be severable and,
if, for any reason, any provision or part of this Agreement is determined to be
invalid and contrary to applicable law, such invalidity shall not impair the
operation of nor affect those portions of this Agreement that are valid, but this
Supply Agreement Standard Form Page 5 of 7
Approved as to Form: October 2025
Agreement shall be construed and enforced in all respects as if the invalid or
unenforceable provision or part had been omitted.
23. Order of Precedence. In the event of any conflicts or inconsistencies between this
Agreement, its attachments, and exhibits, such conflicts and inconsistencies will
be resolved by reference to the documents in the following order of priority:
A. this Agreement (excluding attachments and exhibits);
B. its attachments;
C. the bid solicitation document including any addenda (Exhibit 1 ); then,
D. the Contractor's bid response (Exhibit 2).
24. Certificate of Interested Parties. Contractor agrees to comply with Texas
Government Code Section 2252.908, as it may be amended, and to complete
Form 1295 "Certificate of Interested Parties" as part of this Agreement if required
by law.
25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws
in the performance of this Agreement. The applicable law for any legal disputes
arising out of this Agreement is the law of the State of Texas, and such forum and
venue for such disputes is the appropriate district or county court in Nueces
County, Texas. In accordance with Chapter 2271 , Texas Government Code, if this
contract has a value of $100,000 or more paid wholly or partly from public funds
and the Contractor has 10 or more full-time employees, Contractor verifies that
the Contractor does not boycott Israel and will not boycott Israel during the term
of this Agreement. In accordance with Chapter 2274, Texas Government Code,
Contractor verifies that the Contractor does not have a practice, policy,
guidance, or directive that discriminates against a firearm entity or firearm trade
association and will not discriminate during the term of the Agreement against a
firearm entity or fire trade association. In accordance with Chapter 2276, Texas
Government Code, Contractor verifies that the Contractor does not boycott
energy companies and will not boycott energy companies during the term of this
Agreement.
26. Public Information Act Requirements. This clause applies only to agreements that
have a stated expenditure of at least $1 ,000,000 or that result in the expenditure
of at least $1 ,000,000 by the City. The requirements of Subchapter J, Chapter 552,
Government Code, may apply to this contract and the Contractor agrees that
the contract can be terminated if the Contractor knowingly or intentionally fails
to comply with a requirement of that subchapter.
27. Entire Agreement. This Agreement constitutes the entire agreement between the
parties concerning the subject matter of this Agreement and supersedes all prior
negotiations, arrangements, agreements and understandings, either oral or
written, between the parties.
Supply Agreement Standard Form Page 6 of 7
Approved as to Form: October 2025
Act Pipe and Supply Inc.
�
Signature: Cze� 7awes CasevJame�s(Dec18.202508:32:55CSTl
Printed Name: Casey James
Title: Sales Representative
Date: 12/18/2025
CITY OF RP S CHRISTI
Rachel Erben M2025-169 ,�_irhr�ri��d irw
Assistant Director- Contracts & Procurement
Date:
12/18/2025 COLHICil 12/16/2025
RH
Reviewed by:
N O ra ya was 12/18/2025
Nara Vargas(Dec 18,2025 0 . 1:07 CST)
Purchasing Manager Date
,T-1.vc
Rebecca f6teea
Attached and Incorporated by Reference: PJ h--w--(n-1 R')f)?R 16.4R- I1 rq
Attachment A: Scope of Work Rebecca lHuerta
Attachment B: Quote/Bid/Pricing Schedule City Secretary
Attachment C: Insurance Requirements
Attachment D: Warranty Requirements
Incorporated by Reference Only:
Exhibit 1 : RFB No. 6546
Exhibit 2: Contractor's Bid Response
Supply Agreement Standard Form Page 7 of 7
Approved as to Form: October 2025
Attachment A: Scope of Work
1 .1 General Reg uirements/Background Information
Corpus Christi Water (CCW) uses and stocks brass service water fittings for the
main cut-off water to residential homes and businesses.
1 .2 Scope of Work
A. The Contractor shall provide brass service water fittings stamped with the
letters "NL" (lead free). The Materials must comply with American
National Standards Institute/National Sanitation Foundation (ANSI/NSF)
Standard 60/61 , which must be obtained from the National Science
Foundation (NSF), Underwriters Laboratories (UL), or an agency
recognized by the Texas Natural Resource and Conservation Commission
(TNRCC). In lieu of certified parts, TNRCC's interim order, which would
grant the purchase of a different type (that would serve the same
purpose), may be acceptable only if no product in that category has
been certified. This specification covers various fittings used by CCW.
B. The Contractor shall cross-reference the listed manufacturer's part
number listed on the Bid Form.
C. The Contractor agrees that the manufacturer's items bid must be
identical in application to the items on the Bid Form.
1 .3 Sl2ecialInstructions
A. Ordering and Delivery
1 . CCW will place orders on an as-needed basis.
2. The Contractor shall ship the order to CCW, located at 2726 Holly
Road, Corpus Christi, Texas, 78415, within two weeks of receiving it.
3. All Contractor prices are F.O.B. destination, inside delivery to CCW,
and freight prepaid.
4. The Contractor will send a technical data sheet along with the order's
delivery. CCW will not accept any order that does not conform to the
specifications.
5. All brass service water fittings for water lines will be defect-free,
properly packed, and shipped to ensure safe delivery.
Page 1 of 2
6. The Contractor may cancel any backorders due to the Contractor's
inability to deliver the product within the set time frame.
7. Cancellations must be in writing and sent to the Contractor by email,
fax, or mail.
8. No restocking fee or payment must be owed for orders cancelled due
to the Contractor's inability to meet the delivery deadline.
B. Defective Goods
The Contractor shall pay for return shipment on any products that arrive
in a defective, unusable, or inoperable condition and must arrange for
the return shipment or damaged products.
1 .4 Quality Control and Superintendence
A. The Contractor shall ensure that the product and services meet quality
standards and are acceptable to the City's Contract Administrator to
assure that the requirements of the contract are provided as specified.
The Contractor shall also provide supervision of the work to ensure it
complies with the contract requirements.
B. Any fines or costs imposed on CCW by TNRCC or any successor agency
for accepting non-certified products will be passed on to and borne by
the Contractor.
1 .5 Invoicinq
A. All invoices must be itemized.
B. The invoices must contain the following:
1 . Contract number
2. Purchase order number
3. CCW point of contact
Page 2 of 2
Attachment B: Bid/Pricing Schedule
C - -� CITY OF CORPUS CHRISTI
CONTRACTS AND PROCUREMENT
BID FORM
RFB No. 6546
Brass Service Water Fittings
PAGE
1 OF 3
Date: 06/12/2025
Authorized
Bidder: ACT PIPE&SUPPLY Signature:
1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before
completing bid.
2. Quote your best price for each item.
3. In submitting this bid, Bidder certifies that:
a. the prices in this bid have been arrived at independently, without
consultation, communication, or agreement with any other Bidder or
competitor, for the purpose of restricting competition with regard to prices.
b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest
information on file with City's Contracts and Procurement office, pursuant
to the Code of Ordinances, is current and true.
c. Bidder is current with all taxes due and company is in good standing with
all applicable governmental agencies.
d. Bidder acknowledges receipt and review of all addenda for this RFB.
Item Description UNIT QTY Unit Price Total Price
CURB STOP 3/4" FIP X FIP
1 Mueller (MB20283NF), Ford (B11-333-NL), or EA 150
$50.25 $7,537.50
equivalent
CURB STOP 1" FIP X FIP
2 Mueller(MB20283NG), Ford (Bl 1-444-NL), or EA 150 $78.10
equivalent $11,715.00
METER STOP 3/4" ANGLE F X MTR
3 Mueller (MB24265NEFF), Ford (BA13-332W-NL), or EA 200 $67.43 $13,486.00
equivalent
METER 3/4"ANGLE STOP FIP X MTR
4 Mueller (MH1465NFEF), Ford (KV13-332W-NL), or EA 150 $30.38 $4,557.00
equivalent
METER ANGLE STOP 1" X 1 3/4"
5 Muellar(MP24258NEFG), Ford (BA43-342W-NL), or EA 210 $84.12 $17,665.20
equivalent
Addendum No. 3 —REVISED BID FORM
i
Page 2 of 3
Item Description UNIT QTY Unit Price Total Price
ANGLE METER STOP 1" FIP X MTR
6 Mueller (MB24265NG), Ford (BA13-444W-NL),or EA 240 $101.59
248 3 1.60
equivalent $
CURB STOP 3/4" FIP X CTS COMP
7 Muellar (MP2172NF), Ford (41-333-NL), or EA 210 $56.78 $11,923.80
equivalent
CURB STOP 1" FIP X CTS COMP
8 Muellar(MP25172330N), Ford (B41-444-NL), or EA 90 $87.21
equivalent $7,848.90
ANGLE MTR STOP 3/4" COM X MTR
9 Mueller(MP2458NEFF), Ford (BA43-332W-NL), or EA 240
equivalent $74.11 $17,786.40
ANGLE MTR STOP 1" COMP X MTR Muellar
10 (MP24258NG), Ford (BA43-444W-NL), or
equivalent EA 180 $111.21 $20,017.80
METER STOP 3/" CTS X MTR
1 1 Muellar(MP24350NF), Ford (B43-444-W-NL),or EA 200
equivalent $67.35 $13,470.00
METER STOP 1" COMP X MTR
12 Muellar (MP24350NG), Ford (B43-444W-NL), or EA 160
$99.52 $15,923.20
equivalent
COUPLING 1'/2" CTS X CTS Muellar(MP I 5403NJ),13 Ford (C44-66-NL), or equivalent EA 80 $68.23 $5,458.40
COUPLING 2" CTS X CTS
14 Muellar(MP I5403NK), or Ford (C44-77-NL), or EA 80 $92.14 $7,371.20
equivalent
COUPLING 3/" MIP X MTR
15 Muellar (MH10890NF), Ford (C38-23-2.5-NL), or EA 1,200 $9.50 $11,400.00
equivalent
COUPLING 1" MIP X MTR
16 Muellar (MH10890NG), Ford (C38-44-2.625-NL), or EA 160
$14.64 $2,342.40
equivalent
CORP STOP 3/4" MIP X CTS COMP
17 Muellar (MP15028NF), Ford (F1100-3NL), or EA 240
$31.93 $7,663.20
equivalent
CORP STOP 1" MIP X CTS COMP
18 Muellar (MP I5028NG), Ford (F1 100-4NL), or EA 450 $48.36 $21,762.00
equivalent
CORP STOP 11/2" MIP X CTS COM
19 Muellar (MP25029NJ), Ford (F1 100-6NL), or EA 80 $139.23 $11,138.40
equivalent
CORP STOP 2" MIP X CTS COMP
20 Muellar (MP25028NK), Ford (FB1100-7NL), or EA 130 $230.30 $29,939.00
equivalent
Addendum No. 3 —REVISED BID FORM
Page 3 of 3
Item Description UNIT QTY Unit Price Total Price
U BRANCH 1" X 3/4" X 7 '/2"
21 Muellar (MP 15363NGF712), or equivalent EA 72 $44.01 $3,168.72
i
U BRANCH 1" C X 3/4" M X 14"
22 Muellar(MP15363NGFI312) or equivalent EA 120 $88.27 $10,592.40
COUPLING 3/4" COMP X COMP
23 Muellar (MP 15403NF), or equivalent EA 240 $17.82 $4,276.80
COUPLING 1" CTS COMP X COMP Muellar $20.39 $3,914.88
24 EA 192
(MP I5403NG), or equivalent
COUPLING 3/" MIP X CTS COMP
25 Muellar(MP I5428NF), or equivalent EA 288 $14.64 $4,216.32
COUPLING 1" MIP X CTS COMP
26 Muellar (MP15428NG), or equivalent EA 240 $17.35 $4,164.00
COUPLING 1'/2" MIP X CTS COMP
27 Muellar (MP 15428NJ), or equivalent EA 48 $47.50 $2,280.00
COUPLING 2" MIP X CTS COMP
28 Muellar (MP I5428NK), or equivalent EA 96 $69.20 $6,643.20
RESETTER 5/8" X 3/4" X 7"
29 Muellar(MH 141 18NEFW), or equivalent EA 48 $87.63 $4,206.24
RESETTER 5/8" X 3/4" X 9"
30 Muellar (MH14118NEFI2), or equivalent EA 40 $91.85 $3,674.00
RESETTER 5/8" X 3/4" X 9" Muellar(MH141 18NEFY),
31 or equivalent EA 48 $88.71 $4,258.08
Total $314,781.64
Addendum No. 3 —REVISED BID FORM
Attachment C: Insurance Requirements
The City's Legal Department has recommended no insurance requirements for
this particular scope of work.
Page 1 of 1
Attachment D: Warranty Requirements
Brass service water fittings found to be defective, unusable, or
inoperable will be returned to the manufacturer at no cost to the City.
Page 1 of 1